Demo & Install of new Snow Fence at Richland, WA.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Apr 07, 2023 02:47 pm EDT
- Original Response Date: Apr 21, 2023 03:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Apr 22, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 5660 - FENCING, FENCES, GATES AND COMPONENTS
- NAICS Code:
- 238990 - All Other Specialty Trade Contractors
- Place of Performance: RichlandUSA
Description
The purpose of this email is to SEEK SOURCES for upcoming project of Demo & Install a new Snow Fence LOCATED NEAR the Richland, WA. area
NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING, FAXED OR EMAILED TO THE POC OF THIS ANNOUNCEMENT.
A draft Statement of Work and supporting documents available at this time are attached to this announcement. Please note these documents are in DRAFT format and subject to change as a result of ongoing market research efforts and further development of the FAA’s need.
The purpose of this announcement is to solicit statements of interest and capabilities to determine appropriate acquisition strategy, and rough orders of magnitude (ballpark cost estimates) for budgetary planning purposes only. This is not a screening information request or request for proposals of any kind. The FAA is not seeking or accepting unsolicited proposals for this project at this time. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Any costs associated with the submission of a response to this announcement is solely at the interested vendor’s risk.
At this time the nature of the competition and acquisition strategy has not yet been determined. The FAA contemplates a single Firm Fixed Price (FFP) contract or purchase order to be awarded to the lowest offeror determined eligible for award.
Interested vendors must have an active registration in System for Award Management (SAM) and possess no active exclusions in their registration to be considered a qualified source capable of doing business with the FAA for this work.
The FAA may set-aside this work 100% to Small Businesses (SB), Small Business Administration (SBA) 8(a) program participants, Service-Disabled Veteran Owned Small Businesses (SDVOSB), and/or other Small Disadvantaged Business (SDB) concerns per agency procurement policy. In addition to SAM registration representations and certifications, Interested SBA 8(a) program participants must possess the appropriate program certification letter from SBA to claim this status. Interested SDVOSB vendors must be able to be verified in the US Veteran Administration’s repository “VetBiz.gov” to claim this status.
If adequate responses are received from this announcement, the FAA may consider establishing a limited competition pool of interested and qualified vendors for direct solicitation. As such, qualified and interested vendors are highly encouraged to respond to this announcement to make their interest in this project known at this time.
The North American Industry Classification System (NAICS) codes and size standards for this effort: 238900 - Other Specialty Trade Contractors with a small business size standard.
The FAA requests interested vendors to address the requirements in the attached draft SOW. This document is provided for feedback and comments.
Each vendor should include the following information along with their submission:
1. Capability Statement - This document should identify:
- A clear statement that your company is fully capable to perform the work and interest in submitting a proposal if solicited.
- Previous contracts and awards for similar equipment / services (elaborate: quantities, dollar amounts and provide detailed information and past performance)
- Number of years in business
2. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses.
3. Rough Order of Magnitude (ROM) or budgetary estimate for the items described in the Requirements List.
All responses to this market survey must be received by 3 p.m. Central Time (Oklahoma Time) on April 21st, 2023.
All submittals, including attachments, must be submitted electronically to me directly at Email: dean.d-ctr.nguyen@faa.gov
Please include "MARKET SURVEY RESPONSE: PRAC2302113” in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.
This announcement may be cancelled at any time, for any reason, and without notice.
The Award Management System is the FAA’s governing acquisition regulation. You can learn more about the FAA’s acquisition policy and procurement guidance at the following website:
https://fast.faa.gov/PPG_Procurement.cfm
Attachments/Links
Contact Information
Contracting Office Address
- AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
- OKLAHOMA CITY , OK 73125
- USA
Primary Point of Contact
- Dean D. Nguyen
- dean.d-ctr.nguyen@faa.gov
Secondary Point of Contact
History
- Apr 22, 2023 11:58 pm EDTSources Sought (Original)